|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 14,1999 PSA#2431Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 39 -- 4 TON AIR CHAIN HOIST SOL N00244-99-T-B474 DUE 092299 POC
Contracting Officer @619-532-2588; FAX 619-532-2347 WEB: click here to
review other FISC requirements., http://www.sd.fisc.navy.mil.
IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor
Registration" applies to all solicitations issued on / or after
06-01-98. Lack of registration in the CCR database will make an offeror
/ quoter INELIGIBLE FOR AWARD. Please ensure compliance with this
regulation when submitting your quote. Call 1-888-227-2423 or visit the
Internet at http://www.ccr2000.com/ for more information. This
procurement is unrestricted; all responsible sources may submit an
offer. This is a combined synopsis / solicitation for commercial items
prepared in accordance with FAR 13 and the format in FAR subpart 12.6,
as supplemented with additional information included in this notice.
This announcement constitutes the ONLY solicitation; quotes are being
requested and A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED.
Solicitation number / RFQ N00244-99-T-B474 applies; an electronic copy
of the RFQ can be accessed at http://www.neco.navy.mil. This
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-11 and Defense
Acquisition Circular 91-13. The standard industrial code is 3536, and
the business size standard is 500 employees. The agency need is for a
fixed priced contract for two each air chain hoists. Quotes will be
accepted on a "Brand Name or Equal" basis. The following brand name
product is known to be acceptable Ingersoll-Rand mdl ULA2-PT040-8-6.
The following salient characteristics are CRITICAL / ESSENTIAL to the
Government a 4 ton ultra low headroom air chain hoist, it should have
a pendant control, zinc plated load chain, a bronze lower hook, and a
chain connector. All items are to be delivered to: NAVMAGLLL detachment
San Diego CA. The provision at FAR 52.212-1, Instructions to Offerors
-- Commercial Items applies. Addendum to FAR 52.212-1, Paragraph
(b)(5): Offers shall provide an express warranty which at a minimum
shall be the same warranty terms, including offers of extended
warranties, offered to the general public. Express warranties shall be
included in the contract. Clause 52.212-4, Contract Terms and
Conditions -- Commercial Items applies as well as the following
addendum clauses: FAR 219-1, Small Business Program Representations;
FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5,
Material Requirements. The clause at 52.212-5, Contract Terms and
Conditions Required to Implement Statutes or Executive Orders --
Commercial Items applies with the following applicable clauses for
paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35,
Affirmative Action for Disabled Veterans and Veterans of the Vietnam
Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities;
FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of
the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders Applicable to
Defense Acquisitions of Commercial Items, applies with the following
clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American
Act and Balance of Payment Program; and DFARS 252.225-7012, Preference
for Certain Domestic Commodities; and addendum provision DFARS
252.211-7003, Brand Name or Equal. OFFERORS ARE REQUIRED TO COMPLETE
AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS:
FAR 52.212-3, Offeror Representation and Certifications -- Commercial
Items. The government intends to make a single award to the responsible
offeror whose offer is the most advantageous to the government
considering price and price-related factors. Provision 52.212-2,
Evaluation -- Commercial Items, applies with paragraph (a) completed as
follows: Award will be made to the offeror that meets the
solicitation's minimum criteria for technical acceptability at the
lowest price. In addition NAVSUP 5252.215-9402, Notice to Prospective
Offerors, and 5252.215-9403, Additional Evaluation Factors --
Contractor Evaluation System, Red / Yellow / Green Program applies.
Note: The full text of the Federal Acquisition Regulations (FAR) can be
accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil;
Defense Federal Acquisition Regulation Supplement (DFARS) can be
accessed on the Internet at www.dtic.mil/dfars. Parties responding to
this solicitation may submit their quote in accordance with their
standard commercial practices (e.g. on company letterhead, formal quote
form, etc.) but must include the following information: 1) Company's
complete mailing and remittance addresses, discounts for prompt
payment, if any (e.g. 1% 10 days), anticipated delivery / availability
of product / s, the company's CAGE code, Dun & Bradstreet Number, and
Taxpayer ID number. In addition, if you are quoting on a comparable
commercial item, product literature must be included. All FAR
certifications and representations specified above must also accompany
your quote. Quotes must be received no later than 3:00 PM, local time
on 09-22-99, and will be accepted via fax (619-532-2347) or via e-mail
(jessica_e_dunker@sd.fisc.navy.mil). Quotes submitted as an attachment
to an e-mail should be sent in Word Version 6.0 or higher. Posted
09/10/99 (W-SN379105). (0253) Loren Data Corp. http://www.ld.com (SYN# 0217 19990914\39-0003.SOL)
39 - Materials Handling Equipment Index Page
|
|